Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1995 PSA#1398

U. S. Department of State, A/FBO/AP/AD/DCB, Room L-600, P.O. Box 12248 Rosslyn Station, Arlington, VA 22219

Z -- PRE-QUALIFICATION FOR REHABILITATION OF THE EXISTING CHANCERY BUILDING IN NEW DELHI, INDIA SOL S-FBOAD-95-R-0211 DUE 083095 POC James K. Kimmel, Contract Specialist, 703-875-6276 Patricia Regalo-Warren, Contracting Officer, 703-875-6282. The U.S. Department of State, Office of Foreign Buildings Operations (FBO) is seeking to pre-qualify offerors for mechanical/electrical/plumbing, fire alarm/sprinkler replacement and minor architectural renovations of an existing Chancery building (OBC) in New Delhi, India. This acquisition will be limited to eligible 8(a) concerns in accordance with the SBA Section 8(a) competitive acquisition program. Eight-a firms interested in pre-qualifying for this procurement should note that the Federal Acquisition Regulation (FAR) prescribes limits on sub-contracting by 8(a) firms on set-aside acquisitions. For general construction, SIC code 1542, the 8(a) firm must perform at least 15% of the cost of the contract, not including the cost of materials, with its' own employees. In addition, the SBA imposes certain restrictions on the type of joint venturing an 8(a) firm may do on a set-aside acquisition. It is recommended that if your firm contemplates joint venturing with another firm(s), the Office of Minority Enterprise Development in the SBA district closest to you be contacted for guidance/restrictions. The OBC is two stories high, plus basement, with a large central open court with reflecting pool. The total area of the building is 11,212 gross square meters. The project specifics include: Architectural - replacement of basement corridor doors, relocation of the elevator pump, provision of new fire stair and corridor exiting doors, replacement of approximately 90% of the dropped ceiling, enclose the main electrical room, provide new exterior fire exit door in basement, provide various new walls in the basement; Mechanical - remove chilled water plant and connect to new system, replace chilled and hot water distribution system within the building, provide new ventilation system throughout, replace existing air handling units, duct work and air devices, replace exhaust fans, install building electric controls system, install underground fuel oil tank and fuel oil piping to feed new oil fired domestic water heater and heating boiler, install temperature control valves and controls panels on room fan coil units; Plumbing - replace pressure boosting system and original piping, replace domestic cold and hot water piping and sprinkler/standpipe piping mains, replace filtration systems and pumps for reflecting pool and water garden; Electrical - replacement of approximately 90% of lighting fixtures, replace switchboards and distribution panels, reconfigure the emergency system, reconfigure commercial distribution power system to incorporate emergency power and UPS, replace wiring and configuration receptacles where needed, remove two 125 KVA generators; Fire - install building fire alarm system, replace sprinkler system and standpipes in basement, add sprinkler heads on corridor basement pipes; and Roof replacement as an alternate priced item. The performance period is expected to be 21 months. The estimated value of construction ranges from $3.5 to $4.5 million. It is anticipated that 85% of the work can be done with local labor and 15% with cleared American labor only. Prospective offerors must meet the following pre-qualification criteria, and provide details of their qualifications in writing, in order to receive the solicitation: A) provide data assuring financial capability of performing the work; B) show completion of similar construction/renovation projects between $3.5 and $4.5 million; C) show successful completion of similar or larger size projects outside the United States; D) show completion of equivalent construction/renovation projects where the faciltiy was operational during construction; and E) satisfactory performance on a similar U.S. Government contract, if any. Although previous performance of a similar Government contract is not a requirement,, if such contracts have been performed, the contractor must have satisfactorily performed said contract. The successful offeror, including all entities which comprise a joint venture, must possess a Department of Defense (DOD) Secret facility clearance issued in accordance with the Industrial Security Manual, DOD 5220.22-M, prior to contract performance. Specifically designated personnel assigned to the contract must also possess Secret personnel security clearances issued by the Defense Industrial Security Clearance Office. A period of 120 calendar days will be allowed for the successful offeror to obtain the necessary facility and personnel security clearances. Failure to obtain these clearances within 120 days may be grounds for disqualification. A pre-proposal conference will be held in New Delhi, India, but no security clearance will be required for attendance. Interested applicants must request, by mail or facsimile, a pre-qualification application, Form DS-1037, within 15 days of publication of this announcement from James K. Kimmel at the following address: U.S. Department of State, A/FBO/AP/AD/DCB, P.O. Box 12248 Rosslyn Station, Arlington, VA 22219 or FAX 703-875-6292. Completed applications must be returned by 3:00 P.M., EST, August 30, 1995. (0207)

Loren Data Corp. http://www.ld.com (SYN# 0199 19950727\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page